CHAGRIN RIVER WATERSHED PARTNERS, INC. Lower Main Branch and East Branch Streambank Stabilization and Grassed Filter Strip Project

Size: px
Start display at page:

Download "CHAGRIN RIVER WATERSHED PARTNERS, INC. Lower Main Branch and East Branch Streambank Stabilization and Grassed Filter Strip Project"

Transcription

1 CHAGRIN RIVER WATERSHED PARTNERS, INC. Lower Main Branch and East Branch Streambank Stabilization and Grassed Filter Strip Project REQUEST FOR PROPOSALS August 4, 2014 SECTION A: SUPPLIES OR SERVICES AND PRICES/COSTS Chagrin River Watershed Partners, Inc. (CRWP) is seeking a contractor to complete design and construction of approximately eight (8) to twelve (12) streambank stabilization projects and grassed filter strip projects as applicable on mostly residential properties in the Lower Main and East Branch subwatersheds of the Chagrin River. This project is partially funded under a Great Lakes Basin Program (GLBP) for Soil Erosion and Sediment Control grant administered by the Great Lakes Commission (GLC). The remaining funding will come from individual property owners as cost share. This contract will include providing assistance to Chagrin River Watershed Partners, Inc. (CRWP), Geauga County Soil and Water Conservation District (SWCD), Lake SWCD, and property owners. The total maximum/price for design and build performance under this contract is $225,488. Due to the cost share aspects of this project, the total/maximum price is divided accordingly: $180,000 to stabilize 1,800 linear feet of streambank. 75% of the cost of each project (up to $75/linear foot) will be funded through the grant. The remaining 25% (approximately $25/linear foot or more as agreed upon) will be funded by the individual property owners. $7,248 to install six (6) acres of grassed filter strips as applicable adjacent to the streambank stabilization projects. 25% of the cost of each project (up to $302/acre) will be funded through the grant. The remaining 75% (approximately $906/acre or more as agreed upon) will be funded by the individual property owners. $38,240 is grant-provided funds allocated directly to design activities. The contractor will assist CRWP and Geauga and Lake SWCDs with site visits to gain comprehensive knowledge of current conditions and provide a cost estimate for the individual landowners. Landowners will then sign a cost share agreement with CRWP to ensure that they will proceed with final design and installation of the project. Landowners will deposit their cost share funds with CRWP who will then pay the contractor the total amount (grant funds plus individual landowner cost share funds) for each installed project. The maximum amount of $225,488 for design and build performance shall not be exceeded under any circumstances unless written authorization is obtained from CRWP. The contractor shall furnish all necessary drawings, plans, cost estimates, labor, equipment, and construction oversight services to complete the project scope of services.

2 SECTION B: DESCRIPTION The Lower Main and East Branch subwatersheds of the Chagrin River include portions of the following Geauga and Lake County communities: Chardon Township, City of Chardon, Eastlake, Kirtland, Kirtland Hills, Mentor, Munson, Waite Hill, and Willoughby. The streams in these areas contribute large amounts of sediment to the Chagrin River due to streambank erosion, slope failure, and suspended solids carried in stormwater runoff. The project goal is to stabilize 1,800 linear feet of streambank and to install six (6) acres of grassed filter strips at 100 feet in width. Streambank stabilization is targeted at primary headwater streams and small tributaries with drainage areas of less than two (2) square miles altered by riparian corridor removal and conversion to non-woody vegetation. Prioritization will be given to coldwater primary headwater streams or tributaries to streams that do not meet water quality standards. CRWP and Geauga and Lake SWCDS have completed initial site visits to grant-eligible properties. The contractor will assist CRWP and project partners with final site selections and conceptual cost estimates. CRWP will select a contractor to design and build streambank stabilization projects and grassed filter strip projects on private properties in the Lower Main Branch and East Branch subwatersheds of the Chagrin River. CRWP anticipates between eight (8) to twelve (12) individual sites will require streambank stabilization design-build projects and grassed filter strip design-build projects as applicable. The final number of design-build projects is dependent on landowner interest in the program. All designs will meet accepted natural channel design specifications and approved engineering standards from the Natural Resources Conservation Service (NRCS) Field Engineering Handbook and applicable Ohio NRCS Conservation Practice Standards. Contractors must first consider soft engineering and restoration practices such as grading and vegetation before incorporating structural measures into the designs. The contractor will also provide cost estimates for each of the design sites. Based on the use of soft engineering practices, construction costs should not exceed $100 per linear foot of streambank for each project site. If streambank stabilization construction costs that exceed $100 per linear foot are necessary or requested by the landowner, the landowner must agree to pay the exceeded amount in addition to their 25% cost share amount. For grassed filter strips, construction costs should not exceed $1,208 per acre. If grassed filter strip construction costs that exceed $1,208 per acre are necessary or requested by the landowner, the landowner must agree to pay the exceeded amount in addition to their 75% cost share amount. SECTION C: CONTRACTOR SCOPE OF SERVICES AND SCHEDULE Through this Request for Proposals, CRWP will select a contractor to survey and assist with selection of potential project sites, develop streambank stabilization and/or grassed filter strip designs, and construct each project. A summary of the contractor scope of services and proposed schedule are as follows:

3 CONTRACTOR SCOPE OF SERVICES 1. With CRWP, Geauga SWCD, and Lake SWCD staff, and with permission from property owners, visit project sites to gain comprehensive knowledge of current conditions and provide preliminary cost estimates. 2. Prepare restoration design plans, drawings, and cost estimates for each site that shall include a grading plan, stream bed profile, bankfull width and floodplain cross sections, riparian area restoration planting plan, and details of streambank stabilization practices necessary to facilitate appropriate construction and approval by permitting agencies. Designs must consider soft engineering practices and meet accepted natural channel design specifications and approved engineering standards for Streambank and Shoreline Protection in Chapters one (1) and sixteen (16) of the NRCS Engineering Field Handbook and Ohio NRCS Conservation Practice Standard Codes 580 and 383 as applicable. Contractor must prepare and provide completed NRCS Job Sheet 580, Stream Channel Classification, for each streambank stabilization project. Contractor must prepare and provide completed Ohio NRCS Job Sheet 393, Filter Strip Conservation Practice Job Sheet, and deliverables listed in the Ohio NRCS Filter Strip (393) Statement of Work. Designs must consider use of onsite materials such as trees, aggregates, and soil for use in streambank stabilization projects as feasible. Designs must identify potential onsite spoil areas as feasible. Designs must consider stabilization activities or items that landowners could assist with or contribute to lower costs as feasible. Designs must minimize construction staging costs and tree removal costs as feasible. 3. Calculate severity of streambank erosion and estimated sediment reduction over the life of the practice (20 years) using the Bank Erosion Hazard Index for each design site. 4. Provide all information and secure, on behalf of each of the landowners, all necessary local, state and federal permits for the project. CRWP will assist with permitting as necessary. 5. Streambank stabilization and riparian and floodplain restoration activities should avoid wetlands to the greatest extent possible. If any wetlands are impacted as a result of this project, any mitigation will be completed on site and included as a part of the build projects. 6. Erosion and sediment discharge must be controlled throughout the construction process in accordance with the Ohio EPA construction general permit and the communities in which construction is done. Coordinate with Geauga and Lake SWCDs regarding control of erosion and sediment. 7. Coordinate with CRWP regarding compliance with potential riparian and wetland setback ordinances. 8. Any areas disturbed for construction access and staging must be restored to former condition at the close of the projects. 9. Projects should restore impaired waters or segments of impaired waters and look as natural as possible along the restored stream(s). 10. All materials, reports, surveys, delineations, plans, etc. will be available to CRWP, Geauga and Lake SWCDs, and property owners to use for educational materials and

4 signage, grant documentation and reporting, and permitting. 11. All materials and each part or detail of work shall be subject to inspection by CRWP. 12. Communicate with CRWP regarding the construction schedule and any significant changes to the schedule with a two week lead time. 13. Coordinate with CRWP, Geauga and Lake SWCDs, and property owners as necessary. 14. Complete construction by September 15, SCHEDULE August 25, 2014: Proposals must be received by CRWP by 5:00 pm. September 1, 2014: CRWP anticipates award of contract. September 1, 2014 September 15, 2015: Complete site visits, prepare design materials, assist CRWP with permitting materials, and construct projects. SECTION D: APPLICABLE STATE AND FEDERAL REQUIREMENTS In the performance of the duties and obligations under the GLC Grant Agreement, the contractor and its subcontractors shall comply with all applicable: 1. Ohio Governor Executive Orders; 2. Federal, state and local laws, regulations (rules), assurances, orders, and Ohio Department of Commerce Prevailing Wage Guidelines, regarding prevailing wages, deductions, worker compensation, taxes, social security and unemployment, compensation, and any contributions thereto; and 3. Federal state, and local laws and regulations (rules, ordinances), assurances, and orders, whether or not specifically referenced herein. ADDITIONAL REGULATIONS Pursuant to the special provisions of the contract between CRWP and GLC, the contractor agrees to comply with the following regulations, as applicable. (The full text of Code of Federal Regulations reference may be found at 1) 7 CFR Section , General Provisions for Grants and Cooperative Agreements with Institutions of Higher Education, Other Nonprofit Organizations, and Hospitals 2) 7 CFR Part 3016, Uniform Administrative Requirements for Grant and Cooperative Agreements to State and Local Governments 3) 7 CFR Part 3017, Government-wide Debarment and Suspension (Non-procurement) 4) 7 CFR Part 3018, New Restrictions on Lobbying 5) 7 CFR Part 3019, Uniform Administrative Requirements for Grant and Other Agreements with Institutions of Higher Education, Hospitals, and Nonprofit Organizations 6) 7 CFR Part 3021, Government-wide Requirements for Drug-Free Workplace (Financial Assistance) 7) 7 CFR Part 3052, Audits of States, Local Governments, and Nonprofit Organizations

5 8) 2 CFR Part 215, Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Nonprofit Organizations 9) Office of Management and Budget (OMB) Circular No. A-102, Uniform Administrative Requirements for Grants and Cooperative Agreements with State and Local Governments (including Indian Tribal governments) 10) 2 CFR Part 25, Universal Identifier and Central Contractor Registration 11) 2 CFR Part 170, Reporting Subaward and Executive Compensation Information 12) Public Law , Federal Funding Accountability and Transparency Act of ) 2 CFR Section 175, Award Term for Trafficking in Persons SECTION E: REQUIRED CONTRACT CONDITIONS ACKNOWLEDGEMENT The contractor will credit the Great Lakes Basin Program for Soil Erosion and Sediment Control and CRWP in all written materials. NON-COMPLIANCE In the event of the contractor s non-compliance with the non-discrimination clauses of this contract, this contract may be canceled, terminated, or suspended in whole or in part. INDEPENDENT CAPACITY OF CONTRACTOR The parties hereto agree that the contractor, and any agents and employees of the contractor, in the performance of this agreement, shall act in an independent capacity and not as officers, employees, or agents of CRWP or the GLC. Nothing in this Agreement shall be construed so as to create a partnership, joint venture, or other relationship between the parties. LIABILITY AND INDEMNIFICATION The contractor agrees to indemnify and to hold CRWP, Lake SWCD, Geauga SWCD, other project partners, and landowners harmless and immune from any and all claims for injury or damages arising from this Agreement which are attributable to contractor s own actions or omissions or those of its trustees, officers, agents, employees, subcontractors, suppliers, third parties by contractor, or joint venturers while acting under this Agreement. In no event shall either party be liable to the other party for indirect, consequential, incidental, special, or punitive damages, or lost profits. The contractor agrees to indemnify, defend, and hold harmless the GLC and its Member States agents, officers, and employees from all costs, losses, damages, claims, and suits including court costs, attorney s fees and other expenses arising from any negligent act or omission of the contractor, CRWP, Geauga SWCD, Lake SWCD, NRCS, other project partners, and landowners. CONTRACTOR S LIABILITY Contractor waves all rights against the GLC and CRWP for recovery of damages to the extent these damages are covered by the insurance policies the contractor is required to maintain. The contractor is required to pay for and provide the following minimum coverage:

6 1. Throughout the contract period, the contractor shall carry Workers' Compensation Insurance, as required by the Ohio Workers' Compensation Act, upon all its employees engaged in this work and shall be responsible to see that any sub-contractors carry such insurance on their employees. The contractor shall also provide public liability and property damage insurance for the entire period, thus insuring the interests of all parties against any and all claims that may arise out of contractor operations under the terms of this contract. It is agreed that in the event any carrier of such insurance exercises cancellation, notice will be made immediately to CRWP of such cancellation. 2. Commercial General Liability with the following minimum coverage: $2,000,000 General Aggregate Limit other than Products/Completed Operations $2,000,000 Products/Completed Operations Aggregate Limit $1,000,000 Personal & Advertising Injury Limit $1,000,000 Each Occurrence Limit Contractor must list the GLC as an ADDITIONAL INSURED on the Commercial General Liability certificate. The contractor must provide a certificate of insurance coverage to CRWP. 3. If a motor vehicle is used to provide services or products, the contractor must have vehicle liability insurance on any auto owned, hired, and non-owned vehicle used for bodily injury and property damage as required by law. 4. Employers liability insurance with the following minimum limits: $100,000 each accident $100,000 each employee by disease $500,000 aggregate disease TRANSFER OF RECORDS Data shall be collected and formatted in a manner consistent with common good engineering practices. All records (original tracings, maps, field sketches, minutes of public meetings, meeting summaries, etc.) generated by the project shall be the property of CRWP and shall be turned over to CRWP upon completion or as directed. NON-DISCRIMINATION The contractor agrees to comply with all federal, state and local statutes, regulations, Executive Orders, and policies on nondiscrimination including but not limited to, Title VI and Title VII of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, Title IX of the Education Amendments of 1972, the Age Discrimination Act of 1975, the Americans with Disabilities Act, and the Fair Housing Act. Specifically, no person in the United States shall, on the ground of race, color, national origin, handicap, age, religion, sex, or sexual orientation, be excluded from participation in, be denied the benefits of, or be subject to discrimination under this Project. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during their employment, without regard to their race, religion, color, sexual orientation, sex, or national

7 origin. Such action shall include, but not limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training. SECTION F: INSTRUCTION TO OFFERERS PROPOSAL FORMAT In responding to this RFP, please submit four (4) complete hardcopies and one (1) digital copy of a proposal addressing the following items: 1. Description of contractor s Understanding of the Project, including an understanding that the proposal assumes the maximum number of projects will be designed and constructed. 2. Description of Services to be Performed. 3. Demonstration of Experience. 4. Assumptions and Expectations. 5. Cost Proposal. Please provide a cost proposal including total hours available, hours per staff, and direct labor by labor category, overhead and other direct costs, and profit. This project is cost reimbursable up to a maximum of $225,488 and is dependent upon individual landowner interest. 6. Proposed project schedule identifying milestones, deliverables, and key coordination meetings. Include current workload and schedule of proposed project in consideration of that workload. 7. Personal Experience and Resumes of Personnel. 8. Three (3) References. SELECTION AND AWARD PROCESS The selection process will involve screening of submitted proposals and interviews may be requested. CRWP will select a contractor on the basis of contractor qualifications, experience, understanding of the scope of services, and level of services to be provided. If interested, please submit four (4) complete hardcopies and one (1) digital copy of a proposal to the address below. Submissions must be received at CRWP s offices no later than 5:00 pm on August 25, Proposals received after this date will not be accepted. CRWP expects to award the contract by September 1, Work will commence after successful execution of a contract for services between the contractor and CRWP. All work under this contract, including invoices, must be complete and delivered to CRWP by September 15, Please direct questions about this RFP to Kristen Buccier at kbuccier@crwp.org or Responses to this RFP must be sent to: Chagrin River Watershed Partners, Inc. P.O. Box 229 Willoughby, OH

GEAUGA PARK DISTRICT Bessie Benner Metzenbaum Park Restoration Request for Proposals (Design-Build Services) February 15, Geauga Park District

GEAUGA PARK DISTRICT Bessie Benner Metzenbaum Park Restoration Request for Proposals (Design-Build Services) February 15, Geauga Park District GEAUGA PARK DISTRICT Bessie Benner Metzenbaum Park Restoration Request for Proposals (Design-Build Services) February 15, 2018 Geauga Park District Board of Park Commissioners Andrej Lah, President Jackie

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project Request for Proposal For Design Engineering Services City of Lansing, Kansas Wastewater Utility Department 800 First Terrace Lansing, Kansas 66043 February 14, 2018 Page 1 of 14 A. INTRODUCTION The City

More information

REQUEST FOR PROPOSAL Engineering Survey/Design Services Loecy Pond Dam Modification or Rehabilitation August 27, 2018

REQUEST FOR PROPOSAL Engineering Survey/Design Services Loecy Pond Dam Modification or Rehabilitation August 27, 2018 REQUEST FOR PROPOSAL Engineering Survey/Design Services Loecy Pond Dam Modification or Rehabilitation August 27, 2018 I. INTRODUCTION Chagrin River Watershed Partners, Inc. (CRWP), located at 38238 Glenn

More information

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND THIS AGREEMENT is made and entered into as of the date of the last signature affixed below by and between the University of Wyoming (UNIVERSITY)

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Issuing Agency: City of Avondale Estates 21 North Avondale Plaza Avondale Estates, GA 30002 Phone:

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

AGREEMENT. WITNESS: This Agreement has been entered into by and between the AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter

More information

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information

CONSULTING AGREEMENT

CONSULTING AGREEMENT CONSULTING AGREEMENT This Consulting Agreement (Agreement) is made as of the th day of, 2015, by and between NBS GOVERNMENT FINANCE GROUP, a California corporation, dba NBS ( Consultant ), and CENTRAL

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT Revised 07-01-2017 INDEPENDENT CONTRACTOR AGREEMENT This Independent Contractor Agreement (this "Agreement"), dated [insert date], is between The Chicago Zoological Society, Brookfield, Illinois (the "Zoo")

More information

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

More information

3. List of Exhibits: The following attachments are incorporated herein:

3. List of Exhibits: The following attachments are incorporated herein: CONTRACT BETWEEN UNIVERSITY OF CALIFORNIA COOPERATIVE EXTENSION AND THE SOUTHERN SONOMA COUNTY RESOURCE CONSERVATION DISTRICT FOR GRAZING WAIVER ASSITANCE TO RANCHERS IN THE SONOMA CREEK WATERSHED Sonoma

More information

REQUEST FOR PROPOSAL (RFP) on

REQUEST FOR PROPOSAL (RFP) on REQUEST FOR PROPOSAL (RFP) on Green Lake County is seeking bids for a master plan for a phased remodel of County leased facilities on a 12,000 square foot building located at 222 Leffert Street, Berlin

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

Request for Proposal

Request for Proposal San Mateo County Mosquito and Vector Control District Request for Proposal Professional Auditing Services Date of Issuance: December 8, 2017 Submittal Deadline: January 19, 2018 4:00 PM 1 I. INTRODUCTION

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014 PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014 1. ACCEPTANCE THE TERMS AND CONDITIONS AS HEREIN SET FORTH ARE INCORPORATED INTO PLYMOUTH S

More information

REQUEST FOR PROPOSALS FOR AN ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING

REQUEST FOR PROPOSALS FOR AN ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING REQUEST FOR PROPOSALS FOR AN ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING City of Fairborn City of Xenia Board of Greene County Commissioners Request Issued: October 11, 2018 Proposals must be received by:

More information

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.

More information

Monroe County Soil & Water Conservation District

Monroe County Soil & Water Conservation District Monroe County Soil & Water Conservation District Nature Based Shoreline Design Request for Qualifications (RFQ) Release Date: October 26, 2018 Response Deadline: 12/7/2018 Monroe County Soil & Water Conservation

More information

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

REQUEST FOR PROPOSALS. Ecosystem Restoration and Protection Services

REQUEST FOR PROPOSALS. Ecosystem Restoration and Protection Services STATE OF VERMONT AGENCY OF NATURAL RESOURCES DEPARTMENT OF ENVIRONMENTAL CONSERVATION REQUEST FOR PROPOSALS Ecosystem Restoration and Protection Services PROPOSAL INSTRUCTIONS: All proposals must be addressed

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

Real Estate Management Agreement

Real Estate Management Agreement Real Estate Management Agreement (hereinafter referred to as "Owner") and Interchange Property Management (IPM) (hereinafter referred to as "Manager"), agree as follows: 1. The Owner hereby employs and

More information

INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF CHICAGO AND CHICAGO TRANSIT AUTHORITY

INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF CHICAGO AND CHICAGO TRANSIT AUTHORITY INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF CHICAGO AND CHICAGO TRANSIT AUTHORITY This Intergovernmental Agreement (the "Agreement") is entered into as of February 9, 2013 (the "Closing Date") by and

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location: INVITATION FOR BIDS Agency Name: Culpeper SWCD 351 Lakeside Drive Culpeper, Virginia 22701 (540) 825-8591 Project Name & Location: Access Road Relocation 1) Mountain Run Dam 8A (04701) PROJECT CODE NO:

More information

Request for Proposals

Request for Proposals Request for Proposals Release Date: April 6, 2018 Proposal Deadline: April 19, 2018 6:00 p.m. Central Time Potential Consultant Interviews April 25-30, 2018 Central Time TBD Page 2 of 10 PROJECT INFORMATION

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Security Contractor Mission Bay Open Space System MJM Management Group ( MJM ), acting on behalf of the Office of Community Investment and Infrastructure (the Successor Agency to

More information

AGREEMENT FOR SERVICES

AGREEMENT FOR SERVICES AGREEMENT FOR SERVICES 1. DATE This Agreement for Services (Agreement) is entered into on this day of, 2016. 2. PARTIES The parties to this Agreement are the Town of Grand Lake, a Colorado municipal corporation

More information

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FOR FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS QUOTE OPENING DATE: FEBRUARY 1, 2017 11:00 A.M. FAIR AND OPEN PROCESS IN ACCORDANCE WITH

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services

LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services GENERAL INFORMATION The LA Law Library ( Library ) is seeking an appropriate and qualified expert

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES INTRODUCTION The urban forest of Menlo Park is composed of trees growing along streets, in parks and on private property. The sustainability of

More information

Asbestos Survey Services

Asbestos Survey Services REQUEST FOR PROPOSALS: Asbestos Survey Services DEADLINE: Monday, December 19, 2016 @ 2:00 PM Funded by the U.S. Department of Housing and Urban Development through the Community Development Department

More information

Meeting Date: August 13, 2015 Staff Contact: Greg O'Halloran, Chief of Police

Meeting Date: August 13, 2015 Staff Contact: Greg O'Halloran, Chief of Police COUNCIL ACTION FORM Meeting Date: August 13, 2015 Staff Contact: Greg O'Halloran, Chief of Police School Crossing Guard Contract Agenda Item: Contract with Securitas to provide School Crossing at the intersection

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS I. GENERAL CONDITIONS SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS A. General Compliance Consultant agrees to comply with the requirements of the HUD regulations concerning CDBG, 24 CFR Part 570, as modified

More information

Quiet Zone Installation Agreement

Quiet Zone Installation Agreement Quiet Zone Installation Agreement THIS QUIET ZONE INSTALLATION AGREEMENT is made effective this 3rd day of August, 2009, by and between WatersEdge Land Company, L.L.C. ( WatersEdge ) and the City of Overland

More information

REQUEST FOR QUALIFICATIONS FOR SPECIALIZED LEGAL SERVICES BURLINGTON COUNTY SOLICITOR'S OFFICE

REQUEST FOR QUALIFICATIONS FOR SPECIALIZED LEGAL SERVICES BURLINGTON COUNTY SOLICITOR'S OFFICE REQUEST FOR QUALIFICATIONS FOR SPECIALIZED LEGAL SERVICES BURLINGTON COUNTY SOLICITOR'S OFFICE Description: The County of Burlington is seeking responses from qualified attorneys/law firms, duly licensed

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS For ENGINEERING SERVICES for GAS DISTRIBUTION SYSTEM IMPROVEMENTS MEMORIAL DRIVE BRIDGE GAS MAIN RELOCATION for GREENVILLE UTILITIES COMMISSION PO Box 1847 Greenville, North

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

Town of Eagle Eagle River Park Project Manager Solicitation Applications due before 5 PM, February 9, 2017

Town of Eagle Eagle River Park Project Manager Solicitation Applications due before 5 PM, February 9, 2017 Town of Eagle Eagle River Park Project Manager Solicitation Applications due before 5 PM, February 9, 2017 INTRODUCTION The Town of Eagle is seeking a Project Manager for the Eagle River Park project.

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS Neighborhood Housing & Public Facilities Improvements Programs Community Development Block Grant (CDBG) Program May 6, 2016 Page 1 of 12 REQUEST FOR QUALIFICATIONS (RFQ) GENERAL,

More information

Exhibit C. CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11. (Riverside County Children and Families Commission and Agency Name)

Exhibit C. CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11. (Riverside County Children and Families Commission and Agency Name) CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11 (Riverside County Children and Families Commission and Agency Name) This Contract for Professional Services is made and entered into by and between

More information

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

More information

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

DANTE HALL SERVICE AGREEMENT CONTRACT NO. DANTE HALL SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") as assignee and sub lessor of Stockton Affiliated Services, Inc., a New Jersey non-profit

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

More information

CCSNH Request for Proposal Real Estate Services

CCSNH Request for Proposal Real Estate Services TABLE OF CONTENTS SYS13-02 I Purpose II Proposal Due Date III Description of Property IV Preparation of Proposal V Terms and Conditions VI Evaluation 1 I - PURPOSE The purpose of the Community College

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

T ERMS AND CONDITIONS OF L OADOUT AGREEMENT

T ERMS AND CONDITIONS OF L OADOUT AGREEMENT T ERMS AND CONDITIONS OF L OADOUT AGREEMENT 1. Contractor is allowed access to the Site for the sole purpose of loading material into its trucks and is permitted only in areas designated by Company. Any

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

Section 12 - Civil Rights Requirements.

Section 12 - Civil Rights Requirements. Section 12 - Civil Rights Requirements. (A) The HA shall comply with all statutory, regulatory, and executive order requirements pertaining to civil rights, equal opportunity, and nondiscrimination, as

More information

REQUEST FOR PROPOSALS NATURAL HAZARD MITIGATION PLANNING SERVICES

REQUEST FOR PROPOSALS NATURAL HAZARD MITIGATION PLANNING SERVICES REQUEST FOR PROPOSALS NATURAL HAZARD MITIGATION PLANNING SERVICES This Request for Proposals (RFP) is an official notification for the need of Planning Services for the Connecticut Metropolitan Council

More information

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR THIS AGREEMENT made and entered into this day of, 20, by and between hereinafter called the "Contractor" And hereinafter

More information

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES PROPOSAL DUE: 4:00 P.M., MARCH 14, 2013 I. GENERAL INFORMATION: The Board of Supervisors of Middlesex County (hereinafter called the unit ) invites qualified

More information

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO.

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. West Ocean Boulevard, th Floor Long Beach, CA 00-0 CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT

More information

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F:

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F: GENERAL CONDITIONS OF PURCHASE: 1. Non-Exclusive: This Purchase Order is non-exclusive. City does not guarantee any minimum purchase other than as provided herein 2. Inspection and Acceptance: Vendor shall

More information

REQUEST FOR QUALIFICATIONS ("RFQ") FOR LEGAL SERVICES FOR THE SENIOR CITIZEN LAWYER REFERRAL PROGRAM AT THE DEPARTMENT OF HUMAN SERVICES PART I

REQUEST FOR QUALIFICATIONS (RFQ) FOR LEGAL SERVICES FOR THE SENIOR CITIZEN LAWYER REFERRAL PROGRAM AT THE DEPARTMENT OF HUMAN SERVICES PART I REQUEST FOR QUALIFICATIONS ("RFQ") FOR LEGAL SERVICES FOR THE SENIOR CITIZEN LAWYER REFERRAL PROGRAM AT THE DEPARTMENT OF HUMAN SERVICES 1.0 PURPOSE PART I Instructions to Vendors The intent of this Request

More information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers

More information

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County It is the intent of these specifications to solicit a unit price bid per square foot for the furnishing

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

Request for Proposals For: HQS Inspection Services From June 1, 2017 May 31, April 2017

Request for Proposals For: HQS Inspection Services From June 1, 2017 May 31, April 2017 Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ 08904 Phone: (732) 572-4420 Fax: (732) 985-6485 Donna Brightman, Executive Director Request for Proposals For: HQS Inspection

More information

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA MOBILE AIRPORT AUTHORITY PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA REQUEST FOR PROPOSAL (RFP) Date: September 24,

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

GEORGIA HOUSING AND FINANCE AUTHORITY THROUGH ITS ADMINISTRATOR THE GEORGIA DEPARTMENT OF COMMUNITY AFFAIRS TAX CREDIT ASSISTANCE PROGRAM DESCRIPTION

GEORGIA HOUSING AND FINANCE AUTHORITY THROUGH ITS ADMINISTRATOR THE GEORGIA DEPARTMENT OF COMMUNITY AFFAIRS TAX CREDIT ASSISTANCE PROGRAM DESCRIPTION GEORGIA HOUSING AND FINANCE AUTHORITY THROUGH ITS ADMINISTRATOR THE GEORGIA DEPARTMENT OF COMMUNITY AFFAIRS TAX CREDIT ASSISTANCE PROGRAM DESCRIPTION (Published May 12, 2009) The following Program requirements

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR SERVICES of a REGISTERED PROFESSIONAL FORESTER to the PLUMAS COUNTY FIRE SAFE COUNCIL and PLUMAS CORPORATION PC FSC Fuel Hazard Reduction Project Development & Implementation

More information

TOWNSHIP OF LAWRENCE AGREEMENT

TOWNSHIP OF LAWRENCE AGREEMENT TOWNSHIP OF LAWRENCE AGREEMENT THIS AGREEMENT, made this 17 th day of June, 2008, between THE TOWNSHIP OF LAWRENCE, in the County of Mercer, a municipal corporation of the State of New Jersey, 2207 Lawrenceville

More information

Sample Contract ENGINEERING/ARCHITECTURAL/SURVEYOR SERVICES PART I AGREEMENT

Sample Contract ENGINEERING/ARCHITECTURAL/SURVEYOR SERVICES PART I AGREEMENT DISCLAIMER: This sample draft document was developed by TDA s Office of Rural Affairs and does not include all applicable provisions. This document has important legal consequences. Please consult with

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services SAMPLE DOCUMENT ONLY City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services The City of Hood River is requesting Statement of Qualifications (RFQ) from qualified

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information